MPMCT Project - Projet TCGPM

Solicitation number W8474-11MP01/F

Publication date

Closing date and time 2013/07/12 14:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Competitive Procurement Strategy: N/A - P&A/LOI Only
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    This Amendment is raised to extend the closing date of the
    Letter of Interest (LOI) to July 12, 2013.
    
    -----------------------------------------------------------------
    --------------------------------------------------
    
    
    Please see the attached document for additional information /
    Tables.
    
    
    Military Personnel Management Capability Transformation (MPMCT)
    Project
    
    1) Purpose
    
    The purpose of this notice is to update industry on the status
    of the MPMCT Project and its proposed procurement approach.
    
    
    2) MPMCT Requirement Overview:
    
    The Department of National Defence (DND) has a requirement for a
    modern, flexible and integrated Military Personnel Management
    (MPM) capability, encompassing Human Resources (HR) and Payroll
    for the Canadian Armed Forces (CAF). This requirement flows from
    the Canada First Defence Strategy.
    
    The MPMCT Project has been established to manage the development
    and delivery of a new MPM capability which involves developing a
    modern regulatory and policy framework, transforming MPM
    business processes and implementing a modern, integrated
    Information Management system based on the Commercial
    Off-The-Shelf Enterprise Resource Planning (ERP) software,
    Oracle PeopleSoft.  The new MPM capability is to be called
    "Guardian".
    
    As proposed to and approved by Treasury Board, the MPMCT Project
    is using a cyclical project delivery methodology that allows for
    a continuing program of project reviews, with status and
    performance assessments (and Go / NoGo decision points) at the
    end of each cycle.  The MPMCT Project has also developed an
    initial project implementation strategy which proposes four
    Releases for Guardian.  Figure 1 below depicts relationship
    between the MPMCT Project approval cycles and the four Releases
    of Guardian. The MPMCT Project is currently in Cycle 1. The
    number and scope of the Cycles beyond Cycle 1 are subject to
    change as a result of the finalization of the project
    implementation Strategy being produced in Cycle 1. 
    
    Please see the attached document for Figure 1 - MPMCT Project
    Approval Cycles
    
    The MPMCT Project Scope is defined as the delivery of Guardian,
    which includes:
    
    a. Transforming DND/CAF business that supports the delivery of
    HR and payroll services, including: policy transformation;
    business process re-engineering and training;
    
    b. Configuring and implementing Oracle PeopleSoft that will
    replace legacy CAF HR and payroll applications;
    
    c. Modernization of supporting Information Technology (IT)
    infrastructure (in conjunction with Shared Services Canada
    (SSC));
    
    d. Migration of data from legacy applications into Guardian.
    
    e. Developing and integrating interfaces between Guardian and
    other Canadian Government Departments that require CAF HR and
    payroll information; and
    
    f. Transitioning Guardian into an in-service state.
    
    
    3) MPMCT Status Update:
    
    The current implementation strategy has defined the four
    Releases for Guardian as follows:
    
    a)	Release 1 - The migration of the two existing applications,
    the military Human Resource Management System (HRMS 7.5) and
    Canadian Forces Recruiting Information Management (CFRIMS), that
    are currently operating on Oracle PeopleSoft V7.5 to a single
    instance of Oracle PeopleSoft V9.1 which will be the Initial
    Operating Capability of Guardian;
    
    b)	Release 2 - The re-configuration of Guardian with a view to
    minimize customizations, and possibly, upgrading Guardian to
    Oracle PeopleSoft V9.2.
    
    c)	Release 3 - The integration of the Oracle PeopleSoft Payroll
    North America module into Guardian; and
    
    d)	Release 4 - The implementation of selected MPM functions into
    Guardian on a priority basis.
    
    An Integrated Project Team (IPT) concept has been established as
    part of the MPMCT Project delivery concept. An IPT is a cohesive
    integrated team comprised of Canada and industry professionals
    that delivers business benefits through business transformation
    and IM/IT solutions. The MPMCT IPT is composed of DND/CAF and
    contractor organizations brought together into a single project
    team structure led by the MPMCT Project Manager. 
    
    To support the MPMCT IPT, the professional services that will be
    required are as follows:
    
    a)	A Solution Integrator (SI) to provide the professional
    services required to support the development and implementation
    of Release 2 through Release 4 of Guardian, including, but not
    limited to, ERP application development and integration,
    business process transformation, information integration and
    data migration;
    
    b)	Business Change Management (BCM) support for activities in
    all project cycles such as Organizational Change Management,
    Communications Management and Project Outcomes Management. BCM
    is defined as the processes and techniques used to manage the
    people-side of business change in order to achieve the required
    business outcomes, and to ensure the solution delivery meets
    stakeholder expectations; and
    
    c)	Project management resources to provide support services to
    departmental staff in the Project Management Office (PMO) and
    related control processes in all project cycles.
    
    There are additional requirements for functional and technical
    resources to support activities in all project cycles and for
    other project requirements as determined by the MPMCT Project.  
    These include, but are not limited to, the HRMS Technical
    Upgrade resources to provide the professional services required
    to provide support service to DND staff in the development and
    implementation of Release 1 of Guardian.
    
    To address each requirement, Canada is currently contemplating
    publishing individual Request for Proposals (RFPs).  At this
    time, Canada is contemplating publishing four main solicitations
    (i.e. SI, PMO, BCM and the HRMS Technical Upgrade). Canada plans
    to tender separate RFPs to pre-qualified Government of Canada
    Standing Offer or Supply Arrangement Holders to meet all
    requirements, except for the SI. 
    
    Canada contemplates publishing the HRMS Technical Upgrade, BCM
    and PMO requirements under the Government of Canada Task-Based
    Informatics Professional Services (TBIPS) Supply Arrangement. 
    
    For the SI requirement, Canada plans to publish a separate
    competitively tendered RFP via GETS.  In addition, Canada is
    intending full consultation with industry prior to releasing the
    SI RFP, including issuing a Letter of Interest and a Request For
    Information.
    
    For Other Functional and Technical Resources requirements,
    Canada has not yet determined which Government of Canada
    Standing Offer or Supply Arrangement any resulting RFP's will be
    published under.
    
    Canada is still determining its needs with regards to conflict
    of interest clauses between individual bid solicitation
    requirements for professional services.   Specific conflict of
    interest requirements will be addressed in each individual RFP
    as applicable. 
    
    Canada is planning to exercise its rights under current
    unrelated Government of Canada contracts to address its MPMCT
    software licensing needs.
    
    4) Next Steps:
    
    Industry is reminded that the MCMPT Project requirements and the
    associated procurement approach continue to be under development
    and therefore subject to change at Canada's sole discretion.
    Canada reserves the sole right to alter its procurement approach
    for any associated MPMCT Project requirement. With this in mind,
    the following target MPMCT Project RFP publication dates have
    been provided for information purposes only:
    
    
     Requirement 	Request For Proposal (RFP)  Publications Date
    Target
    Solution Integrator (SI)	Spring/Summer 2014
    HRMS Technical Upgrade	Summer/Fall 2013
    Business Change Management (BCM)	Spring 2013
    Project Management Office (PMO) 	Spring/Summer 2013
    Other Functional and Technical Resources	Various  Fall 2013
    
    
    
    5) Enquiries Regarding the MPMCT Requirement:
    
     As indicated above, Canada has identified multiple individual
    procurement requirements under the MPMCT Project.  A separate
    Contracting Authority (either DND or PWGSC, as applicable) has
    been designated as the procurement lead for each MPMCT Project
    procurement requirement. To ensure the integrity of the
    procurement process, all enquiries and other communications
    regarding each applicable MPMCT Project procurement requirement
    must henceforth only be directed to the indicated Contracting
    Authority, as follows:
    
    
    (i)	SI Contracting Authority:
    
    Michael Randall
    	Business Transformation and Systems Integration Services
    (BT&SIS) Division
    Special Procurement Initiatives Directorate
    Public Works and Government Services Canada 
    12C1, Place du Portage Phase III, Gatineau Québec K1A 0S5
    Telephone: (819) 956-0338
    E-mail: michael.randall@pwgsc.gc.ca
    
    Alternate: Jeremy Chapple, Delegate Contracting Authority
    Business Transformation and Systems Integration Services
    (BT&SIS) Division
    Special Procurement Initiatives Directorate
    Public Works and Government Services Canada 
    12C1, Place du Portage Phase III, Gatineau Québec K1A 0S5
    Telephone: (819) 956-1004
    E-mail address: jeremy.chapple@tpsgc-pwgsc.gc.ca
    
    
    (ii)	HRMS Technical Upgrade Contracting Authority:
    
    Jeremy Chapple
    Business Transformation and Systems Integration Services
    (BT&SIS) Division
    Special Procurement Initiatives Directorate
    Public Works and Government Services Canada 
    12C1, Place du Portage Phase III, Gatineau Québec K1A 0S5
    Telephone: (819) 956-1004
    E-mail address: jeremy.chapple@tpsgc-pwgsc.gc.ca
    
    Alternate: Michael Randall, Delegate Contracting Authority
    	Business Transformation and Systems Integration Services
    (BT&SIS) Division
    Special Procurement Initiatives Directorate
    Public Works and Government Services Canada 
    12C1, Place du Portage Phase III, Gatineau Québec K1A 0S5
    Telephone: (819) 956-0338
    E-mail: michael.randall@pwgsc.gc.ca
    
    
    (iii)	PMO Contracting Authority:  
    
    Jonah Dubé (956-0712) 
    Spécialiste en approvisionnements | Supply Specialist 
    Services professionnels en informatique - EL | Informatics
    Professional Services-EL 
    Direction générale des approvisionnements | Acquisitions Branch 
    11 Laurier, Gatineau, Québec, K1A 0S5, Place du Portage III,
    4C2-43 
    Jonah.dube@tpsgc-pwgsc.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Randall(XEDiv.), Michael
    Phone
    (819) 956-0338 ( )
    Fax
    (819) 956-8303
    Address
    Special Procurement Initiative Dir
    Dir. des initiatives speciales
    d'approvisionnement
    11 Laurier, Place du Portage III
    12C1
    Gatineau, Québec, KIA 0S5

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    000
    French
    12
    002
    French
    19
    001
    French
    4
    000
    English
    62
    002
    English
    43
    001
    English
    20

    Access the Getting started page for details on how to bid, and more.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Request for Information
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: